Control Tower Roof Replacement at Brookville Lake
Agency: USACE Louisville District
Location: Indiana
NAICS: 238160
| Agency | NSWC Crane Division |
|---|---|
| Deadline | 05/22/26 |
| Posted | 05/07/26 |
| Estimated Value | $25,000,000 - $150,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 541330 - Engineering Services |
| PSC | AC12 - National Defense R&D Services; Department Of Defense - Military; Applied Research |
| Location | Crane, IN United States |
N00164-26-S-NB70 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Engineering Services and Supplies to Support AEGIS Weapon System PSC AC12 - NAICS 541330 Issue date 7MAY2026 - Closing date 22MAY2026 at 02:00 PM EST (EDT) SOURCES SOUGHT (SS) - Naval Surface Warfare Center, Crane Division (NSWC Crane) is conducting market research seeking industry technical capabilities for engineering services and supplies to support the sustainment, upgrades, and repair of the AN/SPY-1 radar system across the AEGIS Fleet and AEGIS Ashore (AA) platforms. NSWC Crane intends to solicit and award Job Order 0001 off of a five-year Basic Ordering Agreement (BOA), immediately following award of the BOA (Announcement Number N0016426SNB16), on a sole source basis to Lockheed Martin (CAGE: 02769) to procure Engineering Services and Supplies in support of United States (U.S.) and Foreign Military Sales (FMS) Navy new ship construction, U.S. and FMS Land Based Test Sites (LBTS), and U.S. Navy and FMS sustainment to Lockheed Martin Rotary and Mission Systems (LMRMS). U.S. programs include the AEGIS Weapon System (AWS), AN/SPY radars, and ancillary equipment. Acquisitions under the BOA are anticipated to be conducted on a sole-source basis IAW the statutory authority 10 U.S.C. 3204 (a)(1) as implemented by FAR 6.103-1. The Government is seeking information from Contractors mitigating the sole-source basis cited above. This is a SS announcement to determine the availability and technical capability of businesses to provide the required supplies/services. Additionally, this notice is being published with the intent of conducting market research and determining the availability of small business participation as either prime or subcontractors. Small businesses should indicate their small business status (see FAR Part 19) in their capability statement. All interested parties are encouraged to submit company and product literature, a white paper no longer than five (5) pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, mitigate the reason why the USG should not procure this effort on a sole source basis as stated above, and/or identify other USG contracts with similar efforts for the USG's consideration. The USG may contact SS respondents to obtain clarification on the information submitted. Responses to the Market Survey shall include the following:
Business Name, Street Address, City, State, Zip Code
Point of Contact (POC) Name
N0016426SNB70 This SS is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. At the current time, NO FUNDING IS AVAILABLE for bid/proposal or contractual efforts. This SS is not a request for proposals and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, and no award will be made as a result of this notice. The Government is not obligated to and will not pay for information received in response to this notice. Sources who choose to respond to this notice are wholly responsible for any costs/expenses associated with submitting a response. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All responsible sources may submit a capability statement which will be considered by the agency. However, a determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractor submittals shall NOT contain classified information. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Responses received after the deadline on 22 May 2026 may not be considered in the Government's market research. Questions or inquiries should be directed to Charlene Warren, Code 0225, telephone 812-381-7139, e-mail charlene.r.warren.civ@us.navy.mil and ReBecca Poplin, Code 024, telephone 812-227-9363, e-mail rebecca.r.poplin.civ@us.navy.mil. Please reference the above SS number when responding to this notice. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the requirement is appreciated.
| Contact name | CHARLENE WARREN |
|---|---|
| Contact email | charlene.r.warren.civ@us.navy.mil |
| Contact phone | (812) 381-7139 |
| Secondary contact name | ReBecca Poplin |
| Secondary contact email | rebecca.r.poplin.civ@us.navy.mil |
| Secondary contact phone | (812) 227-9363 |
Agency: USACE Louisville District
Location: Indiana
NAICS: 238160
Agency: VISN 10: Healthcare System
Location: Indiana
NAICS: 541310
Agency: Virginia National Guard
Location: Indiana
NAICS: 722310
Agency: Reserve Command
Location: Indiana
NAICS: 238220